SOLICITATION NOTICE
Y -- Design-Build, Design-Bid-Build, Unrestricted with SB Business Reserve, Vertical Construction MATOC
- Notice Date
- 2/2/2026 2:47:50 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV26RA021
- Archive Date
- 02/18/2026
- Point of Contact
- Tyler Godwin
- E-Mail Address
-
tyler.l.godwin@usace.army.mil
(tyler.l.godwin@usace.army.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- This is a PRE-SOLICITATION notice for the sole purpose of refreshing the existing Unrestricted pool of a Design-Build, Design-Bid-Build, Unrestricted Award with a SB Business Reserve, Vertical Construction Multiple-Award, Task Order Contract (MATOC) with up to four additional Unrestricted or Large Businesses for Construction Services, primarily to support the Tulsa District and may be used within the Southwestern Division (SWD) Area of Responsibility (AOR). AT THIS TIME, WE ARE NOT ONBOARDING ANY NEW RESTRICTED OR SMALL BUSINESSES. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to any contract award. The NIST score is a responsiveness item. A missing NIST score is a �minor clarification� or �limited exchange� of information and offeror is given opportunity to cure the defect; i.e. comply w / NIST score requirement. If an offeror refused to comply, they are deemed not responsible. Please Note: This solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before an award can be made. Reference the previous solicitation number W912BV22R0004 in SAM.Gov. The following contractors have been awarded an IDC with this MATOC: Ross Group Construction Corporation, LLC (W912BV25D0039); Gideon Contracting, Limited Liability (W912BV25D0040); Southwind Construction Services, LLC (W912BV25D0041); SEA PAC Engineering Inc. (W912BV25D0042); and Bristol Design Build Services, LLC (W912BV25D0043). This MATOC provides a target of five (5) small businesses for the reserve, and a target of five (5) unrestricted firms with a total value of $495 million in shared contract capacity. Four Small Business awards for the reserve have been made to those Small Business firms evaluated as the best value contractors regardless of socioeconomic category. The acquisition incorporates the contract reserve process IAW FAR 19.504(c)(1)(i), Orders under Reserves. At the task order level, if the requirement under FAR 19.504(c)(1)(i) is not met, fair opportunity will be provided to all offerors within MATOC. The resulting Indefinite Delivery Contracts (IDC), Multiple-Award Task Order Contracts (MATOCs) will utilize the best value trade-off process. The MATOCs will have a 5-year base period with no options. The estimated amount of the shared contract capacity is $495 million. This MATOC is primarily for SWT and may be used within the SWD AOR. The MATOC will be predominately used to support vertical construction projects associated with the Sustainment, Restoration, and Modernization and Military Construction projects. Projects that are military funded and include horizontal construction, will also be considered within scope. The primary area(s) of performance within the SWT AOR are military installations in Oklahoma and north Texas. Specific area(s) of performance will be identified at the time of individual task order award(s). The resultant MATOC will have a target of 10 contract holders with a total shared capacity of $495,000,000.00. Construction projects associated with the proposed MATOC will be DBB and DB projects. The scope of this SWT/SWD MATOC includes, but is not limited to, design, new construction, repair, and/or alteration to sustain, restore, replace and/or modernize administration buildings, health facilities, warehouses, office spaces, dormitories, dining facilities, aircraft hangars, classrooms, ancillary facilities or others as defined in the task order requirements. The North American Industry Classification System code for this procurement is 236220. Planned Key Dates: SB/UR Onboarding Virtual Industry Event: Feb 9, 2026, at 2:30 pm CT Anticipated phase 1 solicitation issuance date: *on or around 18 February 2026 If interested in the SB/UR Onboarding Virtual Industry Event on 9 Feb 2026 notify Tyler Godwin at Email: tyler.l.godwin@usace.army.mil by NLT 10:00 am Central Time and provide Mr. Godwin with the following information. Company Name: Attendee(s) Name(s): E-mail Address: Phone Number: All interested firms must be registered at SAM.gov to be eligible for award of a Government contracts. Mail or email your response to Tyler Godwin, USACE � Tulsa District, 2488 E 81st Street, Tulsa, OK 74137; Email: tyler.l.godwin@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5a39d51dc2404d81aff3b7a9813b8f17/view)
- Place of Performance
- Address: Tulsa, OK, USA
- Country: USA
- Country: USA
- Record
- SN07703015-F 20260204/260202230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |